SOLICITATION NOTICE
66 -- TWO FLIGHT ENVIRONMENTAL MONITORS
- Notice Date
- 4/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA10336735Q
- Response Due
- 5/17/2010
- Archive Date
- 4/30/2011
- Point of Contact
- Karen Klaas, Purchasing Agent, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
- E-Mail Address
-
Karen Klaas
(karen.klaas@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for quantity two (02)Flight Environmental Monitors for use by NASA's Commercial Reusable Suborbital Research(CRuSR) program. The monitors will be used to establish the environmenttal conditionsthat research payloads and future passengers will be exposed to during CRuSR flights,including pre- and post-flight handling. More information about the CRuSR program isavailable at: http://crusr.arc.nasa.gov/.Each of the two Flight Environmental Monitors shall have the following minimumspecifications:1) Size: Not to exceed 6X6X3.2) Housing: Watertight, gasket sealed.3) Weight: 5.0 lb +/- 0.5 lb4) Operating temperature range: -40 C to +70 C5) Shock fragility: 500G6) Communications / connectivity: RS 232, 10-32 microdot for external accelerometers7) Battery type: Alkaline or Li-Ion8) Waveform recording:Triggered9) Channel recording: 3 - 610) A/D converter: 12 Bit, 74dB dynamic range11) Offset DC:Adjustable12) Inputs: 3 Single and 3 Differential13) Recording Trigger:Programmable time or event based14) Internal accelerometer: Internal PR triaxial15) On board memory: Minimum 6MB16) Anti-alias filter:Programmable 10 Hz 60 kHz17) RFI certification:RFI flight 18) Battery life: 30 60 days19) Environmental measurements (Temperature): -60C. to +80C. 0.2520) Environmental measurements (Humidity): 0 to 100% 0.2521) Time stamp: Tagged to each acceleration event22) Accelerometer range choices full scale: 2g - 200g23) Signal filtering24) Warranty: functional on delivery25) Delivery: 21 days after receipt of orderThe Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.This procurement is a total small business set-aside. See Note 1.The NAICS Code and the small business size standard for this procurement are 334519(Other Measuring and Controlling Device Manufacturing) and 500 employees, respectively. The offeror shall state in their offer their size status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Ames Research Center, Moffett Field, CA 95014-0001 is required within 21days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by Monday, May 17, 2010 no later than1:00 PM Pacific time to Karen Klaas, email Karen.Klaas@nasa.gov, and must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml The provisions and clauses in the RFQ are those in effect through FAC 2005-40.Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6, 52.219.28, 52,222-3, 52.222-19, 52.222-21,52.222-26, 52.222-36, 52.225-3 (ALT II), 52.225-13, 52.232-34.The resultant purchase order will also include the following FAR and NASA FAR clauses: FAR 52.247-34 F.O.B. Destination, NASA FAR 1852.225-70 Export Licenses, NASA FAR1852.237-73 Release of Sensitive Information.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BOTH:Karen.Klaas@nasa.gov and Marianne.Shelley@nasa.gov not later than Friday, May 7, 2010,1:00 PM Pacific time. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: Delivery and Warranty shallalso be considered. Technical acceptability will be determined by review of informationsubmitted by the offeror which must provide a description in sufficient detail to showthat the product offered meets the Government's requirement. For past performance,provide three references and contact information for technically similar instruments thatthe offeror has sold in the past two years. It is critical that offerors provideadequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Offerors are encouragedto enter their representations at the Online Representations and CertificationsApplication (ORCA) website: https://orca.bpn.gov/. These representations andcertifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Any referenced notesmay be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10336735Q/listing.html)
- Record
- SN02136826-W 20100502/100430234917-7af07b536411f7ea9af6d74dbd3dd08a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |